MODIFICATION
16 -- B1 and B52 Tinker Bomber Depot Support
- Notice Date
- 4/4/2017
- Notice Type
- Modification/Amendment
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, NAVSUP Weapon Systems Support Philadelphia PA, 700 Robbins Ave., Code 025, Philadelphia, Pennsylvania, 19111-5098, United States
- ZIP Code
- 19111-5098
- Solicitation Number
- SPRPA1-17R-007U
- Archive Date
- 5/2/2017
- Point of Contact
- Carol Dicicco, Phone: 2157377062
- E-Mail Address
-
Carol.Dicicco@dla.mil
(Carol.Dicicco@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- POTENTIAL SOURCES SOUGHT (PSS) - Tinker Bomber Depot - Solicitation: SPRPA1-17-R-007U The purpose of this Sources Sought Notice is to conduct market research and to gauge potential interest in subcontracting opportunities for the support of the anticipated program in which DLA intends to contract on a sole source basis with The Boeing Company. The proposed North American Industry Classification Systems (NAICS) code is 336413, which has a corresponding size standard of 1000 employees. The Government will use this information to determine the best acquisition strategy for this procurement. This notice is for information and planning purposes only and does not constitute an RFP or commitment by the Government. DLA Aviation, Philadelphia anticipates possible award of a contract with Boeing to execute a comprehensive and holistic performance based supply chain management program to support B-1 & B-52 Planned Depot Maintenance (PDM) performed by Oklahoma City Air Logistics Complex (OC-ALC) at Tinker Air Force Base (AFB). This intended contract will also provide Global Support of B1 and B52 material support at various depots. The anticipated contract is initially planned as a Fixed Price Incentive Fee action against the Boeing Captains of Industry (BCOI) contract, which is strategic in nature and will be the primary vehicle for procurement of the B-1 & B-52 PDM support. The BCOl contract has a performance period of five (5) year base period with one five (5) year option to extend the contract for a total performance period of ten years. For the direct material support, the contractor will be required to meet supply chain performance based metrics for material availability and order response time for approximately 6,552 NSNs. The performance metrics will be based on the level of demand for the individual NSN. For the depot support, the contractor will be required to fill material requirements to facilitate PDM performed by OC-ALC at Tinker AFB supporting the B-1 and B-52 aviation platforms. The contractor will be required to fill all material requirements emanating from individual component repair bill of materials (RBOMs) at Tinker AFB for the B-1 and B-52 platforms as well as Global Depot support of the same. The contractor will also be required to make recommendations for Engineering Change Proposals (ECPs) and obsolescence management. Due to the age of the weapon system, drawings may no longer be up-to-date; tooling may no longer be available or un-useable; materials may be obsolete and the vendor base has significantly diminished since the parts were last purchased. The contractor will be required to mitigate these challenges. Performance Based functions will include: demand forecasting, inventory management, warehousing, supply chain engineering support, training, material support and availability, process improvements, field service representative, and sustaining engineering/ maintaining reliability. Flexibility to add more items is necessary as requirements dictate. A full list of NIINs is attached. Any entity interested in providing some of the required products but cannot provide the required Performance Based outcome may be afforded an opportunity to partner with the prime contractor, Boeing, or participate as a subcontractor. Please provide any anticipated teaming arrangements, along with a description of similar support offered to the Government and to commercial customers for the past three years. Any responses involving teaming arrangements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. Entities seeking to become an approved source of supply for any of the items covered by this notice should note that the time required for approval of a new source is normally such that an award cannot be delayed pending approval of a new source. Sources that are not approved for manufacture of these items must obtain source approval from the Government. Please note that if the evaluation of source approval requirements precludes the ability to obtain subject items in time to meet Government requirements, award of the subject requirement may continue based on support needs. Any responses to this PSS should include responses to the following: a) A one page company profile to include Company name, address, point of contact (including telephone number and email address), Small Business Administration (SBA) business size classification (i.e. large, small, small disadvantaged, service disabled, veteran owned, HUB Zone, etc.), number of employees, Cage Code, DUNS number, NAICS Code, major products, primary customer base, statement on whether your interest in this sources sought is for the purpose of becoming the prime offeror or to inquire about subcontracting possibilities. b) A description of your company's past experience and performance of similar contracts for aircraft depot supply support maintenance including whether any of the contracts have CPARs ratings. Specify whether you are qualified to manufacture any of the components listed in this announcement or similar systems/components. Then if so, by whom are you qualified and for what system/component? This description shall address and demonstrate, through prior and/or current experience, an understanding of aircraft system/component procurement and if applicable, planned aircraft depot maintenance. c) What quality control measures do you currently have in place (ISO 9000, 9001, AS9100, NADCAP (National Aerospace and Defense Contractors Accreditation Program)? d) Describe your experience with Government Source Inspection, Critical Safety Items, and other OSHA standards. e) A summary of your company's capability and approach to meet the system/component/supply chain performance based management requirements identified in the attachment to this announcement. f) Any other information your company deems necessary to aid the Government in refining its acquisition strategy and assessing your company's capability. To be considered, please submit detailed technical data in order for the Government to conduct a comprehensive evaluation of your product or capabilities to ensure compatibility with the existing systems. In accordance with FAR 15.201(e), a response to this notice is not an offer and cannot be accepted by the Government to form a binding contract. The responder is solely responsible for the information it submits and any associated costs. The Government reserves the right to disregard any submittal that is incomplete or that is vague. Please do not submit your company brochures. Disclaimer THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS PSS OR TO OTHERWISE PAY FOR THE INFORMATION SOLICITED. This PSS is issued for information and planning purposes only and does not constitute a solicitation. All information received in response to this PSS that is marked Proprietary or Competition Sensitive will be handled accordingly. Responses to the PSS will not be returned. The responses to this notice are not an offer and cannot be accepted by the Government to form a binding contract. The Government reserves the right to reject, in whole or in part, any contractor's input resulting from this PSS. Responders are solely responsible for all expenses associated with responding to this PSS. Interested sources should respond by 17 April 2017. Inquiries and responses should be directed to the following: Carol.Dicicco@dla.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00383/SPRPA1-17R-007U/listing.html)
- Place of Performance
- Address: Tinker Air Force Base, Oklahoma, United States
- Record
- SN04459984-W 20170406/170404235944-41d3625b724927728c46b4cb7c7eae11 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |